Posted: Oct. 27, 2023, 3:26 p.m. EDT
Amendment W911QX24Q0002-0002- The purpose of this amendment is to update the associated NAICS code to 811114 (Specialized Automotive Repair) and the small business size standard to $9,000,000.00 to better fit the requirement. No other changes have been made.
Amendment W911QX24Q0002-0001- The purpose of this amendment is to upload the Government's response to the questions submitted to this posting, see attached Q&A Document. The deadline to submit questions is Monday, October 30th. This amendment also extends the submission date until November 2nd, 2023, at 11:59am to allow sufficient time to respond. No other changes have been made.
Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
NOTICE : THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED:
THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET.
This acquisition is issued as a Request for Quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023 05, effective date 09/22/2023.
For purposes of this acquisition, the associated NAICS code is 811114 The small business size standard is $9,000,000.00.
Contract Line Item (CLIN) Structure:
CLIN 0001: One (1) job, Helium Trailer Recertification for the GT50 trailer located at the Army Research Laboratory (Northeast), Webster, MA 01570, Firm Fixed Price (FFP)
CLIN 0002: DATA CLIN: The contractor shall provide all data deliverables in accordance with DD 1423 Form.
CLIN 0003: Option One: One (1) job, Helium Trailer Recertification for the HA111 trailer located at Aberdeen Proving Ground, MD 21005, FFP
CLIN 0004: Option Two (2): One (1) job, Helium Trailer Recertification for the HA114 trailer located at Aberdeen Proving Ground, MD 21005, FFP
Specifications/Requirement: See attached Performance Work Statement for a detailed description of requirements.
Delivery: The contractor is responsible for transporting the trailers from their original destination to the point of inspection /recertification /refurbishment (if necessary) and transporting them back to the original destination.
Clauses:
- The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The following addenda have been attached to this provision:
In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.
- Evaluation Criteria - The specific evaluation criteria to be used are as follows:
In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):
Price:
Price will be evaluated based on the total proposed price, including options, (if any). The Government reserves the right and discretion to perform price realism analysis on any offer that appears to be so low as to pose a risk to the Government in understanding the requirements of the solicitation.
Technical Acceptability:
The technical acceptability element of the evaluation will be a determination as to whether the proposed product/service meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications.
Past Performance:
Past performance will be evaluated on an acceptable/unacceptable rating basis. An Acceptable rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An Unacceptable rating is defined as the Government having minimal confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information submitted by past performance information the Government obtains. Only offerors rated Acceptable will be eligible for award.
- Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.
- The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause. NONE.
- The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable:
- 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)
- 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021)
- 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (SEP 2021)
- 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (MAR 2020)
- 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021)
- 52.219-33 NONMANUFACTURER RULE (SEP 2021)
- 52.222-3 CONVICT LABOR (JUN 2003)
- 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (DEVIATION 2020-O0019)
- 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
- 52.222-26 EQUAL OPPORTUNITY (SEP 2016)
- 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)
- 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)
- 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016)
- 52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021)
- 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (NOV 2021)
- 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
- 52.223-20 AEROSOLS (JUN 2016)
- 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
- 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER CENTRAL CONTRACTOR REGISTRATION (OCT 2018)
- 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014)
- SEE DFARS COMMERCIAL CLAUSES ATTACHMENT FOR APPLICABLE DFARS CLAUSES
- The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):
Provisions:
- 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
- 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
- 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)*
- 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION*
- 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)*
Clauses:
- 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
- 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
- 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
- 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV 2021)
- 52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
- 52.213-2 INVOICES (APR 1984)
- 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (NOV 2021)
- 52.245-1 GOVERNMENT PROPERTY (SEP 2011)
- 52.245-9 USES AND CHARGES (APR 2012)
- 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC1991)
- 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)
- 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
- 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)
- 252.225-7007 PROHIBITION ON ACQUISITION OF CERTAIN ITEMS FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)*
- 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)
- 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016)*
- 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)*
- 252.245-7001 TAGGING, LABELING, AND MARKING OF GOVERNMENT-FURNISHED PROPERTY (APR 2012)
- 252.245 7002 REPORTING LOSS OF GOVERNMENT PROPERTY (JAN 2021)
- 252.245 7003 CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINSTRATION (APR 2012)
- 252.245 7004 REPORTING, REUTILIZATION, AND DISPOSAL (DEC 2017)
- 252.211 7007 REPORTING OF GOVERNMENT-FURNISHED PROPERTY (MAR 2022)
- 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JAN 1998)*
Local Provisions:
- APPLICABLE FOREIGN ACQUISITION PROVISIONS AND CLAUSES
- EXCEPTIONS IN PROPOSAL
- DEBRIEF OF UNSUCCESSFUL OFFERS
- ADELPHI CONTR. DIVISION URL
- FOREIGN NATIONALS PERFORMING
- PAYMENT TERMS
- DD FORM 1423
- GFP PROVIDED
Local Clauses:
- ACC - APG POINT OF CONTACT
- TECHNICAL POINT OF CONTACT
- TYPE OF CONTRACT
- PROPERTY MANAGEMENT PLAN
- NON-PERSONAL SERVICES
- AT-OPSEC REQUIREMENTS
- DISTRIBUTION STATEMENT A
- GOV INSPECTION AND ACCEPTANCE
- EXERCISE OF OPTION
- PAYMENT OFFICE (BANKCARD)
- TAX EXEMPTION CERT. (ARL)
- PAYMENT INSTRUCTIONS
- RECEIVING ROOM APG
- SUPERVISION OF EMPLOYEES
- WORK HOURS
- ID OF CONTRACTOR EMPLOYEES
- GOV'T-CONTRACTOR RELATIONSHIPS
- KEY PERSONNEL
- DFARS COMMERCIAL CLAUSES
- This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A
- The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition.
Place of Performance:
CLIN 0001: DEVCOM - Army Research Laboratory (Northeast): 22 Town Forest Rd., Webster, MA 01570
CLIN 0003: DEVCOM Army Research Laboratory: 6300 Rodman Rd., Aberdeen Proving Ground, MD 21005
CLIN 0004: DEVCOM Army Research Laboratory: 6300 Rodman Rd., Aberdeen Proving Ground, MD 21005
Offers are due 11/02/2023 by 11:59 AM EST, to Acquisition Specialist: Ashley Runkles, Ashley.n.runkles.ctr@army.mil
Posted: Oct. 26, 2023, 11:43 a.m. EDT
Posted: Oct. 19, 2023, 11:53 a.m. EDT
Background
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The procurement will be conducted using a tiered evaluation of offers, starting as a small business set-aside and converting to full and open competition if no acceptable offers are received from responsible, small business concerns. The contract will be awarded to the offer that is most advantageous to the government based on the requirements and evaluation criteria set forth in the solicitation. All interested parties are encouraged to respond, regardless of business size.
Work Details
The contractor is required to provide recertification services for helium compressed gas tube-bank trailers. This includes inspecting, refurbishing, recertifying, and providing necessary maintenance or repair services for the equipment.
The contractor will also store the equipment while awaiting service and after service is complete while it is pending transportation for filling.
The contractor must perform inspections, maintenance inspections, recertification testing, cleaning, maintenance and refurbishment tasks as outlined in the Performance Work Statement (PWS).
The contractor must also prepare testing records and final test reports, install pressure gauges, perform tube bank trailer conversion (cleaning), mark and nameplate the equipment, and dispose of cylinders as required.
Period of Performance
The base of this contract includes recertification of one helium trailer located at DEVCOM - Army Research Laboratory (Northeast) in Webster, MA. The recertification expiration date for this trailer is 8/31/22.
There are two options for this contract which include recertification of helium trailers located at DEVCOM - Army Research Laboratory in Aberdeen Proving Ground (APG), MD. The recertification expiration dates for these trailers are 4/30/24 and 8/31/24.
The recertification for the options will be performed in the 2024 timeframe upon availability of funds.
Place of Performance
The place of performance for CLIN 0001 is DEVCOM - Army Research Laboratory (Northeast) located at 22 Town Forest Rd., Webster, MA 01570.
The place of performance for CLIN 0003 and CLIN 0004 is DEVCOM - Army Research Laboratory located at 6300 Rodman Rd., Aberdeen Proving Ground, MD 21005.